Loading...
*1301 Murphy Pipeline CO #3Fa -t-_ �ab ,off � �Ah ,0 m PURCHASING DEPARTMENT T RANSMITTAL MEMORANDUM To: City Clerk/ Mayor RE: Change Order No. 3 B 07/08 -09 Murphy Pipeline Contractors, Inc ti -FA The item(s) noted below is /are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution AN Mayor's signature Recording Rendering Safe keeping (Vault) Once completed, please: ❑ Return original ❑ Return copy Special Instructions: Safe keepin g_ chan order to PO # 31784 Payment Bond City Manager Signature City Clerk Signature Please advise if you have any questions regarding the above. Thank you! c From Date TADept_ forms \City Clerk Transmittal Memo - 2009.doc CHANGE ORDER FORM Change Order No. 3 Project Title Pipe Bursting Of Potable Water Mains Using Pre - Chlorinated Pipe Bid No. IFB 07/08 -09 Owner: City of Sanford Contractor: Murphy Pipeline Contractors, Inc. Agreement Date: June 23, 2008 This Change Order is necessary to cover changes in the work to be performed under this Agreement. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: 1. Original Contract Price (Original Work Order No. 1) 2. Added Contract Price (Work Order No. 2) 3. Current Contract Price 4. Total Proposed Change in Contract Price 5. Proposed New Contract Price (Item 3 + Item 4) 6. Notice to Proceed Date 7. Original Contract Time (Time to Final Completion) 8. Current Contract Time (Adjusted by Previous Work Orders) 9. Current Contract Final Completion Date 10. Total Proposed Change in Contract Time 11. Proposed Substantial Completion Date (Item 9 + Item 10) 12. Time From Substantial Completion to Final Completion 13. Proposed New Final Completion Date Summary of Grant Funding $2,569,331.84 $195,443.00 $2,764,774.84 $13,653.49 $2,778,428.33 10/7/2009 427 Days 427 Days 12/8/2010 93 Days 3/11/2011 30 Days 4/10/2011 Approved Maximum Grant Amount $3,000,000.00 Total Approved Construction (including Change Order No. 3 $2,778,428.29 Total Current Approved Technical Services During Construction $235,225.00 Total Proposed Adjustment to Technical Services During Construction $25,000.00 Total Construction Plus Technical Services $2,988,653.29 Page 1 of 5 Change Order No. 3 - Pipe Bursting Pipe Bursting Of Potable Water Mains Using Pre - Chlorinated Pipe (IFB 07/08 -09) CHANGES ORDERED ITEM 1 Description of Change: Furnish and Install 2" Polyethylene Line (Ph. 3 - Terrace Dr.) Reason for Change: It was discovered during construction that additional 2" polyethylene line was needed to make a connection to the existing 2" PVC water line on Terrace Dr. in order to prevent a dead end in the new water system. The cost basis is 60 LF x $33 /LF. Change in Contract Price: $1,980.00 Change in Contract Time: 5 Days ITEM 2 Description of Change: Added Pipe Burst (Ph. 3 - Ridgewood Ave. S. of Geneva Terrace) Reason for Change: It was discovered during construction that there was a need to conduct additional pipe bursting across Ridgewood Ave. to connect pipe burst water main with existing water main to improve system looping. Change in Contract Price: $18,961.92 Change in Contract Time: 30 Days ITEM 3 Description of Change: Furnish and Install Insert Valve (Ph. 2 - S. Park Ave.) Reason for Change: During construction it was discovered a new 6" valve needed to be installed on S. Park Ave. approximately 100 -ft south of the Airport Blvd. intersection in order to provide a shut off point in the existing water system to facilitate construction. Change in Contract Price: $5,500.00 Change in Contract Time: 14 Days Page 2of5 Change Order No. 3 - Pipe Bursting Pipe Bursting Of Potable Water Mains Using Pre - Chlorinated Pipe (IFB 07/08 -09) ITEM 4 Description of Change: Reason for Change: Change in Contract Price Change in Contract Time Work Dir. No. 4 (Rose Dr. / Palm Dr. Intersection Storm Pipe, Asphalt and Sodding) See attached Work Directive No. 4. $6,515.33 0 Days ITEM 5 Description of Change: Cost Savings (Based On Completed Construction) Reason for Change: Construction Cost adjustment based on installed quantities x approved unit cost for construction completed if none of the Change Order No. 3 work is added. Change in Contract Price: ($103,558.76) Change in Contract Time: 0 Days ITEM 6 Description of Change: Additional Work - Mattie St. (Ph. 4) Reason for Change: Due to a surplus in the construction budget that will be unspent at the completion of all of the current contract work (see item 5), the City desires to construct additional improvements within Phase 4 of the project. With the available surplus construction funds, it is proposed to add to the construction in Phase 4 along Mattie St. from Grove Dr. to Sanford Ave. The new water main would be 1140' of new 4 " -6" water main that would replace the existing 2" galvanized main (this line will be abandoned in place), and the work will also include replacement of water service lines to 22 lots along Mattie Street. Change in Contract Price: $84,255.00 Change in Contract Time: 44 Days Page 3 of 5 Change Order No. 3 - Pipe Bursting Pipe Bursting Of Potable Water Mains Using Pre - Chlorinated Pipe (IFB 07/08 -09) CHANGE ORDER SUMMARY No. Description Change In Contract Price Change In Contract Time 1 Furnish and Install 2" Polyethylene Line (Ph. 3 - Terrace Dr. ) $1,980.00 5 Days 2 Added Pipe Burst (Ph. 3 — Ridgewood Ave. S. of Geneva Terrace ) $18,961.92 30 Days 3 Furnish and Install Insert Valve Ph. 2 - S. Park Ave. $5,500.00 14 Days 4 Work Dir. No. 4 (Rose Dr. / Palm Dr. Intersection Storm Pipe, Asphalt and Sodding) $6,515.33 0 Days 5 Cost Savings Based On Completed Construction $103,558.76 0 Days 6 Additional Work - Mattie St. Ph. 4 $84,255.00 44 Days TOTAL $13,653.49 93 Da Ls WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. Page 4 of 5 Change Order No. 3 - Pipe Bursting Pipe Bursting Of Potable Water Mains Using Pre - Chlorinated Pipe (IFB 07/08 -09) APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and specifically changed by this Change Order; and It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original Agreement other than matters expressly provided herein. WITNESS to CONTRACTOR: J- Date Murphy Pipeline Contractors, Inc. Contractor Andrew J. Mayer - President Printed NameC Title of Officer By (Signature) Date ATTEST: (Signature) Date (Seal) Approved as to form and legal sufficiency: William L. Colbert - City Attorney (Corporate Seal) City of Sanford Owner Thomas J. Georae - Interim Citv Manaaer Printed Name and Title By ( Ig 1 ) 16ki,4 / h Date Page 5 of 5 Change Order No. 3 - Pipe Bursting Pipe Bursting Of Potable Water Mains Using Pre - Chlorinated Pipe (IFB 07/08 -09) CITY OF SANFORD PIPE BURSTING OF POTABLE WATER MAINS USING PRE - CHLORINATED PIPE (IFB 07/08 -09) CHANGE ORDER NO. 3 ATTACHMENT SUMMARY OF PREVIOUS WORK ORDERS Original Work Order (Work Order No. 1) Replacement of Meters and Obsolete Parts (Work Order No. 2) GIS Work Added to Contractor's Bid Proposal (Work Order No. 2) Total ITEM 1 - FURNISH AND INSTALL 2" POLYETHYLENE LINE (PH. 3 - TERRACE DR.) Total Proposed Price Total Proposed Time Adjustment ITEM 2 - ADDED PIPE BURST (PH. 3 - RIDGEWOOD AVE. S. OF GENEVA TERRACE) Contract Price Contract Time $2,569,331.84 427 Days $164,775.00 0 Days $30,668.00 0 Days $2,764,774.84 427 Days Total Proposed Price Total Proposed Time Adjustment ITEM 3 - FURNISH AND INSTALL INSERT VALVE (PH. 2 - S. PARK AVE.) Total Proposed Price Total Proposed Time Adjustment ITEM 4 - WORK DIR. NO.4 (ROSE DR. / PALM DR. INTERSECTION STORM PIPE, ASPHALT AND SODDING) Total Proposed Price Total Proposed Time Adjustment ITEM 5 - COST SAVINGS (BASED ON COMPLETED CONSTRUCTION) Total Proposed Price Total Proposed Time Adjustment ITEM 6 - ADDITIONAL WORK - MATTIE ST. (PH. 4) $1,980.00 5 Days $18,961.92 30 Days $5,500.00 14 Days $6,515.33 0 Days ($103,558.76) 0 Days No. Description Units Quantity Unit Cost Total Price 1 Mobilization, Demobilization LS 1 $5,000.00 $5,000.00 2 Preconstruction Video LS 1 $1,000.00 $1,000.00 3 Maintenance of Traffic LS 1 $1,000.00 $1,000.00 4 GPS As -Built Data LS 1 $1,000.00 $1,000.00 5 4" HOPE DR11 LF 520 $56.00 $29,120.00 6 6" HOPE DR11 LF 620 $43.00 $26,660.00 7 6" x 6" Wet Tap EA 1 $3,750.00 $3,750.00 8 6" x 2" Saddle and Corp. Stop - Connect to Existing 2" w/ Tap) EA 4 $625.00 $2,500.00 9 4" x 2" Saddle and Corp. Stop - Connect to Existing 2" w/ Tap) EA 1 $600.00 $600.00 10 4" Plug (Tapped with 2 ", connect to Existing 2" Water Line EA 1 $1,000.00 $1,000.00 11 Furnish and install fire hydrant assembly on 6" main EA 1 $3,500.00 $3,500.00 12 6" x 4" Reducer EA 1 350.001 $350.00 13 Furnish and install 4" gate valve assembly EA 1 $400.00 $400.00 14 lFumish and install 1" single short water service on 4" main EA 7 $375.00 $2,625.00 15 Furnish and install 1" single long water service on 4" main EA 1 $550.00 $550.00 16 Furnish and install 1" double long water service on 4" main EA 1 $625.00 $625.00 17 Furnish and install 1" single short water service on 6" main EA 3 $425.00 $1,275.00 18 Furnish and install 1" double short water service on 6" main EA 3 $525.00 $1,575.00 19 Furnish and install 1" single Ion water service on 6" main EA 3 $575.00 $1,725.00 Total Proposed Price Total Proposed Time Adjustment $84,255.00 44 Days Change Order No. 3 Attachment - Pipe Bursting Page 1 of 3 CITY OF SANFORD PIPE BURSTING OF POTABLE WATER MAINS USING PRE - CHLORINATED PIPE (IFB 07/08 -09) CHANGE ORDER NO. 3 ATTACHMENT CHANGE ORDER SUMMARY - CHANGE ORDER NO. 3 (CONTRACT PRICE) Item No. Description Amount 1 Furnish and Install 2" Polyethylene Line Ph. 3 - Terrace Dr. $1,980.00 2 Added Pipe Burst Ph. 3 — Ridgewood Ave. S. of Geneva Terrace $18,961.92 3 Furnish and Install Insert Valve Ph. 2 - S. Park Ave. $5,500.00 4 Work Dir. No. 4 (Rose Dr. / Palm Dr. Intersection Storm Pipe, Asphalt and Sodding) $6,515.33 5 Cost avin s Based On Completed Construction $103,558.76 11 6 jAdditional Work - Mattie St. Ph. 4 $84,255.00 Total Contract Summary $13,653.49 Original Contract Amount Work Order No. 1 $2,569,331.84 Previous Work Orders Work Order No. 2 $195,443.00 Current Contract Price 52,764,774.84 Proposed Change Order No. 3 $13,653.49 Proposed New Contract Price $2,778,428.33 CHANGE ORDER SUMMARY - CHANGE ORDER NO. 3 (CONTRACT TIME) Item No. Description Time Adjustment 1 Furnish and Install 2" Polyethylene Line Ph. 3 - Terrace Dr. 5 Days 2 Replacement Meters and Parts 30 Days 3 Furnish and Install Insert Valve Ph. 2 - S. Park Ave. 14 Days 4 Work Dir. No. 4 (Rose Dr. / Palm Dr. Intersection Storm Pipe, Asphalt and Sodding) 0 Days 5 1 Cost avin s Based On Completed Construction 0 Days 11 6 jAdditional Work - Mattie St. Ph. 4 44 Da s Total Contract Summary - Contract Time 93 Days Notice to Proceed Date 10/7/2009 Original Contract Time Work Order No. 1 427 Days Previous Work Orders Work Order No. 2 0 Days Current Contract Time 427 Days Current Final Completion Date 12/8/2010 Proposed Change Order No. 3 93 Days Pro osed New Substantial Completion Date 3/11/2011 Time From Substantial Completion to Final Completion 30 Days Pro osed New Final Completion Date 4/10/2011 Change Order No. 3 Attachment - Pipe Bursting Page 2 of 3 CITY OF SANFORD PIPE BURSTING OF POTABLE WATER MAINS USING PRE - CHLORINATED PIPE (IFB 07/08 -09; CHANGE ORDER NO. 3 ATTACHMENT SUMMARY OF GRANT FUNDING Approved Maximum Grant Amount $3,000,000.00 Construction Original Construction Cost Work Order No. 1 $2,569,331.84 Previous Work Orders (Work Order No. 2) $195,443.00 Current Construction Cost 2,764,774.84 Proposed Change Order No. 3 $13,653.49 , Proposed New Construction Cost $2,778,428.33 Technical Services During Construction Reiss Engineering, Inc. $86,200.00 CPH Engineers, Inc. $149,025.00 Proposed Decrease - CPH Engineers, Inc. ($25,000.00) Total Technical Services $210,225.00 Total (Construction Plus Technical Services) $2,988,653.33 Approved Gant Balance $11, 346.67 Change Order No. 3 Attachment - Pipe Bursting Page 3 Of 3 ADDITIONAL DOCUMENTATION Change Order No. 3 MI U Murphy Pipeline -Contractors, Inc February 12, 2010 City of Sanford, FL Utilities Department 300 Park Avenue Sanford, FL 32772 Attn: Migdalia Hernandez Re: Water Distribution Pipe Rehabilitation DWS9011— Project No WD803 Proposal for Change Order (WO) No 3 Murphy Pipeline Contractors, Inc. offers to furnish and install the Phase 3 Scope of Work per City of Sanford sketch dated 2/3/2010 shown as Location "A ". The additional price for this work is S 18.961.92. A cost breakdown is attached as well as the tapping subcontractors quote requiring all excavation and restoration and support labor to be furnished by contractor. The tapping subcontractor's supplier has confirmed that the materials being supplied are American Made and his certificates are attached. All other materials will be from the existing projects materials which have previously been approved. We estimate one(1) additional work day to complete this work. However, we expect some lead time will be required to obtain the specialty fittings. Therefore, a timely response is requested. If you should have any questions, please do not hesitate to call us at (904) 764 -6887. Regards, Murphy Pipeline Contractors, Inc. 941 W.F. "Bill" Huffman, P.E Project Manager Cc: Katrina Bowman, CPH Jeff Wall, Sanford Utilities 4700 North Pearl Street Jacksonville, FL USA 32206 Tel.. 904.764.6887 www.murphypil2elines.com Fax 904.764.5886 .,�*w W.?-, C" C1. wo. - TJ s rAtc utlt+ _C"Y Zj afAlto & � �oS Cf lk — ar6"C.C. r✓.� ! EoP wrs� s raE Tr J rruL NCB+ I � Pr/�6,�rG.eer�' �"• a_ V 11LVf /_wn'r !G..ftl .f• � � yS 7SBCAC� P.t, EeA ,Eror srdF � 5 Zoe .,,.e..x SEA NG.-� d -g 0 /L /zoia wl M Q 4 v O L t t s i a M M47 c. C Nv, 3 .c,i SCt',vE✓ V z C cc O � � � 2 U w Z M LU & IL � z a � � � E ® c c q k kk 6c). 2 V> q g 0 0 w _ 0 o 2 a s o v§� ww : 1, 8 8 2 4 o $ _ § % 2 ■ = C 2 _ d d c a k � m § ■ @ c 0 C _ 2 j _ D £ § k 3 k \ 3 k w @ a �� 06 - m� 2« © C-4 K k CL g ■ - a % ■ � � £ ) § / LO % A t § 2 § § § ` £ 0 u LO N R - - - - - § CD k cl) § E 2 § k 0 "2 ? / 0 "eH Oil �,� © K k2§ / LO �N '6 - ®-- ® ® --- ® Co .... . _ I § of § § §IR / L6 ^ ) - ___ _ _ ____ _ 2 . k o - K22 w §§§. f a ] - ® -- - - 40 W) 6 - ) N t � cli / Ln c o ) % ____ _ ��f 2 < - -- - - ® -- - < 2 / E2 I 101 1 KKI co "eH Oil �,� 02/09/2010 12:56 FAX 4078304345 T & R TAPPING SERVICE T & R TAPPING SERVICE, INC PO sox 300M MNPARK =FL 32730 - ftS POMP= 4W- 339 -368 'AX: 4a7�3Q =4345 - Murphy Pipeline Contractors g'.CM Bill Huffzn n PAX= 904 -764 -5886 2 1 6" E 2 Valve Insertions 1 1 6 x 6 Furnish- Inst*ll -Tap �, ; [a 001 /001 J Estimate DAZE 2.18/ �" Sanford Uwr �3$ QY$ 1tM�t1�].IJ�N�r1�iiC11B�YA�RiC �tT SC�I�IG RUMAWWAROXOMMAMM 7WCUSra t]$yoR .ADQ[l Q ESQUKM AWYADA A>�di7(A1'll[, ffiAw + 4 SA�NgDI�CL." .x *XV lI N2M cam'& F1 .M DIM TOTAL $4850.00 each $2590.00 each (%.K NU• I , c.o. m. 3 02/09/2010 12:56 FAX 4078304345 T & R TAPPING SERVICE, INC PO BOX 300M i T & R TAPPING SERVICE AX 40MG43* ta Murphy Pipeline Contractors g'P.L'F: 41 Huffman PAX; 904- 764 -5886 QTY T 2 1 6" E Z Valve Insertions J� ; f�001 /001 1 ESfirttsts m Sanford uwr Add r'/ra�G r � . ,,4 v�rx uqb Sc• vri e 1 go a. de Ma mievKLrAOv=mr sltrr►vai 9WOft WAMM RESMUNMAMERMWAUOK ��c �s�o t+�eretteca � 8EQUEM cmadom �_;LEZ t] ' 0, ;�� T � - N TMAL $4850.00 each $ t[ A w.. coo. � �,. WORK DIRECTIVE CHANGE Work Directive No.: 4 Name of Project: Pipe Bursting of Potable Water Mains Using Pre - Chlorinated Pipe (IFB 07/08 -09) Effective Date: Owner: City of Sanford Contractor: Murphy Pipeline Contractors, Inc. Description of Change: Removal and replacement of asphalt and sod and extension of storm pipe with a mitered end section at Rose Dr. and Palm Way Or. Reason for Change: Seminole County required roadway and drainage work at the intersection in lieu of its standard requirement that all road crossings are to be jack and bored. Summary of Change in Contract Price: The following unit prices and estimated quantities apply to this Work Directive Change. ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST 1 15" Pipe and Mitered End LS 1 $375.00 $375.00 2 Bahia Sod SF 450 $1.05 $472.50 3 Asphalt Removal SY 66 $8.00 $528.00 4 New Asphalt SY 66 1 $65.00 $4 Subtotal $5,665.60 15% Mark Up $849.83 Total $6,515.33 Summary of Change in Contract Time: 0 Days Recommended By: CPH Engin ers, Inc. Executed By: 4-- -- Owner's orized Representative r Co zed Representative Page 1 of 1 Date / L - Z - 2 Date I /,,� /I ") Dat aI wi. f c,0. IJo. 3 CITY OF SANFORD PIPE BURSTING OF POTABLE WATER MAINS USING PRE - CHLORINATED PIPE (IFB 07/08 -09) ADDITIONAL INFORMATION ITEM 5 - COST SAVINGS (BASED ON COMPLETED CONSTRUCTION) The following shows the Construction Cost adjustment based on installed quantities x approved unit cost for construction completed if none of the Change Order No. 3 work is added. Total Completed and Stored to Date Work Through Payment Appl. No. 11 (Through 12/16/10 $2,680,422.2 Remaining Work to Complete Construction Phases 1 -4 (Excluding Proposed Added Phase 4 Work): $1,980.00 GPS As -Built Data (Balance to Finish) $7,667.00 Work Dir. No. 4 (Balance to Finish ) $6,084.08 Total Construction Cost (Completed Construction, Ph. 1-4 $2,694,173.3 Current Contract Price Total Construction Cost at 100% Completion (All Work Excluding Added Ph. 4 Work) Surplus Construction Budget Surplus Construction Budget Accounts for Payment of the Following Items in the Change Order $2,764,774.84 $2,694,173.33 $70,601.51 Description Amount 1. Furnish and Install 2" Polyethylene Line Ph. 3 - Terrace Dr. $1,980.00 2. Added Pipe Burst Ph. 3 - Ridgewood Ave. S. of Geneva Terrace $18,961.92 3. Furnish and Install Insert Valve Ph. 2 - S. Park Ave. $5,500.00 4. Work Dir. No. 4 (Rose Dr. / Palm Dr. Intersection Storm Pipe, Asphalt and Sodding) $6,515.33 Total $32,957.25 Total Deduct Price - Item 5 In the Change Order Surplus Budget $70,601.51 Adjustment to Surplus Budget for Items 1 -4 in C.O. $32,957.25 $103,558.76 Surplus Construction Budget Work Added to Phase 4 (Item 6 in C.O. Total Added Construction Cost CHANGE ORDER SUMMARY - CHANGE ORDER NO. 3 (CONTRACT PRICE) ($70,601.51) $ 84,255.00 $13,653.49 uescri [ion Amount 1. Furnish and Install 2" Polyethylene Line (Ph. 3 - Terrace Dr.) $1,980.00 2. Added Pipe Burst (Ph. 3 - Ridgewood Ave. S. of Geneva Terrace) $18,961.92 3. Furnish and Install Insert Valve (Ph. 2 - S. Park Ave.) $5,500.00 4. Work Dir. No. 4 (Rose Dr. / Palm Dr. Intersection Storm Pipe, Asphalt and Sodding) $6,515.33 5. Cost Savings (Based On Completed Construction) ($103,558.76 6. Additional Work - Mattie St. (Ph. 4) $84.255.00 Additional Documentation - C.O. No. 3 Item 5